SOURCES SOUGHT
Y -- Senegal POC-MOUT Training Site Construction
- Notice Date
- 1/8/2025 10:18:25 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
- ZIP Code
- 20520
- Solicitation Number
- 19AQMM25N0070
- Response Due
- 1/20/2025 9:00:00 AM
- Archive Date
- 02/04/2025
- Point of Contact
- coy brown, Joonpil Hwang
- E-Mail Address
-
browncl1@state.gov, hwangj2@state.gov
(browncl1@state.gov, hwangj2@state.gov)
- Description
- This is a Sources Sought/Request for Information notice for information only. This Sources Sought is for the purpose of conducting market research to provide data for planning purposes. This Sources Sought synopsis announcement does not constitute a formal solicitation, and is not a request for proposal, request for quote, invitation for bid, does not obligate the government to award a contract, issue a solicitation, reimburse respondents for any proposal preparation and/or submittal costs, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender. The Global Peace Operations Initiative (GPOI) is a U.S. Department of State security assistance program focused on building international peacekeeping capacity worldwide in close collaboration with the U.S. Department of Defense (DOD). The GPOI program�s mission is to strengthen the effectiveness of UN and regional peace operations by enhancing partner countries� capacities to prepare, deploy, and sustain peacekeepers and reinforcing UN and regional organizations� performance and accountability frameworks. State�s Bureau of Political Military Affairs, Office of Global Programs and Initiatives, Peace Operations Capacity Building Division (PM/GPI/POCB) serves as the GPOI Program Office. GPOI Program Objectives: Support partner countries� development of critical mission capabilities Enhance partner countries� peace operations planning, training, and readiness competencies Enable partner countries to conduct effective operations and sustainment Reinforce United Nations (UN) and regional organizations� performance and accountability frameworks The Contractor shall plan, resource, design, supervise, and facilitate the construction of training and support facilities at Mont Rolland. ORDER OF MAGNITUDE: Between $1,000,000 and $5,000,000 IAW FAR 36.204(f) ANTICIPATED PERIOD OF PERFORMANCE: Pre-construction Survey: 60 calendar days from the Task Order Award Actual Construction: 18 months from the issuance of the Notice to Proceed (NTP) PLACE OF PERFORMANCE: The place of performance for all tasks shall be Senegal�s Training Center � Capitaine Gormack Niang/ Mont Rolland, near the town of Thies, Senegal. This is not a Solicitation, nor will a solicitation package be issued as a result of this announcement, and no award shall be made as a result of this announcement. In the event that a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number or Request for Quotation (RFQ) and the announcement will be published on SAM.gov. RESPONSES DUE: For the purposes of this acquisition, the applicable NAICS code is 236220. Responses are requested no later than January 20, 2025 at 12:00 PM EST. Direct expression of interest as well as required documentation should be submitted via email to Joonpil Hwang (hwangj2@state.gov), Coy Brown (browncl1@state.gov), and the IP Contracting Team (IP_Contracting_Team@state.gov). All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and solicitation. RESPONSE SUBMISSION INFORMATION: All potential sources with the capability to provide the requirements referenced in this Sources Sought are invited to submit, in writing, sufficient information within the page limitations listed below. This information should demonstrate the respondent's ability to fulfill the technical, delivery, and support requirements and be responsive to the technical questions in this RFI as indicated below. We will not answer technical questions or provide additional technical information at this time via this Sources Sought notice. Please understand that the rough order of magnitude is for the purposes of market research and your firm will in no way be committed to any estimate you provide under this notice. Responses to this RFI shall include the following: 1. A cover sheet which includes: Company Name Address Point of Contact E-mail Address Phone Number UEI Number Primary Business and Market Areas Business Size and Socioeconomic Status (if applicable) 2. Relevant Construction Project Experience (two (2) page limit): The potential offerors need to demonstrate that they posses, within the last five years, construction experience similar to that described in this specified source sought category in Senegal. Experience described above needs to include the offeror's role, primary contractor or sub-contractor. Each project experience needs to include the contract number, the US Agency or private company that awarded the contract and contract monetary value. Potential offerors need to possess Senegal permits and licenses to operate legally throughout the territory. Copies of the licenses must be submitted in response to the Sources Sought and are excluded from the two (2) page limit. The potential offerors need to document experience in coordinating with host nation government(s) to mitigate and solve potential issues. 3. Capabilities of Successfully Completing constructions: Ability to provide all required design and engineering services, manpower, and materials to construct new buildings or to renovate existing ones; Ability to provide and deliver required materials and equipment to projects located in Senegal; Capabilities to import all required material and equipment through either sea or air transportation to Senegal; Ability that, should a solicitation be issued in the future for this requirement, offerors should declare if the offeror is applying as a primary contractor, a joint venture or partnership or other as applicable to their submission. Ability that, should sub-contractors figure into an offeror's plans, the offeror will be expected to specify what percentage of work will be tasked to assigned sub-contractors.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b8de8065f183434198375dcd0039cae0/view)
- Place of Performance
- Address: SEN
- Country: SEN
- Country: SEN
- Record
- SN07308770-F 20250110/250108230118 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |